Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

38 -- (1) A Track-driven Tractor with a self loading/unloading pull-type 17 cubic yard scraper. This can be a 2005 or newer tractor with less than 1600 operating hours.

Notice Date
3/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
ACA, Fort Riley, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442-0248
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-07-T-0016-0001
 
Response Due
3/21/2007
 
Archive Date
5/20/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. We have a requirement for a Track-driven, 2005 or newer tractor with less than 1600 hours of use. The following items are added/changed as an amendment SUMMARY OF CHANGES: WEIGHT AND DEMENSIONS: 2. Machine track gauge must be adjustable from 90 inches to 120 inches without spacers, bolts or the need to detension belts. 7. Must have scraper hitch plate with a capacity of 20,000.00 lbs. ENGINE: 1. Engine shall be designed and built by the manufacturer equivalent to, or exceed, C18ACERT(TM) TIER 3. DIFFERENTIAL/FINAL DRIVES: 1. Final drive shall be an inboard planetary design. BRAKES: 1. Brakes must be oil cooled. 2. Brakes must be self-adjusting. 3. Must have multi-disk service brakes. 4. Steering brakes must be speed compensating with differential steering. TRACKS: 1. Must be new 30 inch Special Application belts. 2. Tracks must be designed for towed scraper applications. STEERING: 1. Must have electro-hydraulic speed-sensitive steering. 2. Must use a steering wheel. SCRAPER HITCH PLATE: 1. Scraper hitch plate must accept attachments with 360-degree swivel hitches designed for one-person implement hookup. HYDRAULICS 1. Must have 4 closed center remote valves. 2. All valves must be 4-position with kick-out and float. 3. Hydraulic system must have 5 micron filtration. 4. The hydraulic system must be load independent flow division with more than 40 gpm total pump flow UNDERCARRIAGE 1. Must have Heavy Duty Bar Axle 2. Must have suspended midwheels 3. Must have in-line reaction arm 4. Must have opti-suspension 5. Must have an adjustable gauge of 90 inches  120 inches without detensioning the belt. 6. Must have Chevron driver design. OPERATORS STATION 9. Must have two exterior mirrors. SCRAPER 1. Must include a Pull-Type Self-Loading/Unloading 17 cubic yard Scraper with a push block capable of being pushed with a D9 Dozer. The Scraper must be compatible with tracked tractor with a minimum of 500 Horsepower 3. The scraper must have a hitch that allows a minimum of 45-degree side rotation, 90- degree turns, and 25-degree uphill/downhill movement. 4. The scraper bowl must be constructed of ? inch (or thicker) steel. 5. The scraper floor must be constructed of ? inch (or thicker) steel, reinforced with gussets and 3 inch box sections. Scraper floor must be 100% welded to the frog. 6. The scraper must have a positive bulldozer ejector that extends at least 4 beyond front of scraper floor to clean out all materials. 7. Top of scraper must be open for ease of top loading. SCRAPER HITCH PLATE 1. Scraper hitch plate must accept attachments with 360-degree swivel hitches designed for one-person implement hookup. OTHER EQUIPMENT 3. Moved to SCRAPER. 4. Moved to SCRAPER 5. Now identified as Number 3 under Other Equipment. OTHER 1. There shall be no leaks. 2. All shields and safety equipment shall be in-place and functional/operational. 3. All Glass intact with no cracks and/or chips. 4. Unit shall be serviced before delivery; this includes replacement of all fluids and filters, air filters, etc. 5. Upon delivery, the equipment shall be set-up and ready for field operations. 6. Three days of in struction shall be provided. This includes maintenance and operation. 7. The offeror shall submit a copy of all service and maintenance/repair records accomplished on the equipment. 8. See FAR 52.212-4(a) for inspection and acceptance. SAFETY / SECURITY 1. Must have ROPS Cab and Seat Belt 2. Must meet SAE J1194 and OSHA 1928.51 requirements 3. Must have lighting and marking for road travel 4. Must meet ANSI/ASAE S279.12 5. Must have Neutral start switches for ground and PTO drives 6. Must have all equipment/devises necessary to meet applicable parts of OSHA Regulations Part 1928 and ANSI/ASAE s318.15 7. Supplier shall provide one day of training. END OF SUMMARY OF CHANGES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. We have a requirement for a Track-driven, 2005 or newer tractor with less than 1600 hours of use. It must be equipped as advertised by the manufacturer and must meet or exceed the following minimum specifications: WEIGHT AND DIMENSIONS 1. Un-ballasted machine weight shall not be less than 39,500 lbs. Weight shall include: base machine, lubricants, coolants, and full fuel tank. 2. Machine track gauge must be adjustable from 90 to 120 without spacers, bolts or the need to detension belts 3. Must have 36 idler weights 4. Must have a minimum of 300 gallon fuel capacity 5. Height to the top of cab must be at least 138 6. The overall length of 270 7. Must have scraper hitch plate with a capacity of 20,000 lbs. 8. Minimum operating weight 50,000 lbs. ENGINE 1. Engine shall be designed and built by the manufacturer equivalent to, or exceed, C18 ACERT" Tier 3. 2. Engine shall be a turbo-charged, MEUI injection, four stroke, six cylinder diesel engine. 3. Gross engine horsepower a minimum of 510 hp at rated engine speed 4. Must have a rated engine speed of 2100 RPM 5. Must have automatic either starting aid 6. The Air Cleaner must have radial seals (primary and secondary) and pre-cleaner (Venturi Type) 7. The fuel filter must have 2 stage filtration using a separate water/sediment separator. 8. The throttle must be hand-controlled TRANSMISSION AND CLUTCH 1. Transmission shall be designed and built by the machine manufacturer. 2. Transmission must be a 16 X 4 full powershift with shuttle capabilities 3. Must be able to operate at speeds slower than 2 mph and faster than 24 mph 4. Must have electro-hydraulic, wet multi-plate clutch 5. Must have push button shifting controls DIFFERENTIAL / FINAL DRIVES 1. Final drive shall be an inboard planetary design. BRAKES 1. Brakes must be oil cooled 2. Brakes must be self-adjusting 3. Must have multi-disk service brakes 4. Steering brakes must be speed compensating with differential steering TRACKS 1. Must be new 30 Special Application belts. 2. Tracks must be designed for towed scraper applications. STEERING 1. Must have electro-hydraulic speed-sensitive steering 2. Must use a steering wheel SCRAPER HITCH PLATE 1. Scraper hitch plate must accept attachments with 360-degree swivel hitches designed for one-person implement hookup HYDRAULICS 1. Must have 4 closed center remote valves 2. All valves must be 4-position with kick-out and float 3. Hydraulic system must have 5 micron filtration 4. The hydraulic system must be load independent flow division with more than 40 gpm total pump flow UNDERCARRIAGE 1. Must have Heavy Duty Bar Axle 2. Must have suspended midwheels 3. Must have in-line reaction arm 4. Mu st have opti-suspension 5. Must have an adjustable gauge of 90  120 without detensioning the belt 6. Must have Chevron driver design ELECTRICAL 1. Machine shall be equipped with a minimum 185 amp alternator 2. Machine shall have 4 12 volt, 1000 CCA batteries with disconnect 3. Must have 6 or more headlights 4. Must have 6 or more work lights 5. All electrical circuits must be weather proof. Each must have individual fuses and relays. Common automotive types. OPERATOR'S STATION 1. Must have air conditioning and heater 2. Must have automatic climate control 3. Must have right hand transmission controls 4. Must have tilt/telescopic steering column 5. Must have ergonomic, single spoke steering wheel 6. Must have Sun visor 7. Must have two speed front windshield wiper and washer 8. Must have interior storage box and dome light 9. Must have two exterior adjustable mirrors 10. Must have tinted glass 11. Must have 5 in row hydraulic controls 12. Must have delayed engine shutdown 13. Must have fabric covered, air suspended seat with swivel 14. Must have standard instructors seat with seatbelt. 15. Must have AM/FM Radio 16. Must have GPS tracking system SCRAPER 1. Must include a Pull-Type Self-Loading/Unloading 17 cubic yard Scraper with a push block capable of being pushed with a D9 Dozer. The Scraper must be compatible with tracked tractor with a minimum of 500 Horsepower 2. The Scraper must have off-road brakes. 3. The scraper must have a hitch that allows a minimum of 45-degree side rotation, 90-degree turns, and 25-degree uphill/downhill movement 4. The scraper bowl must be constructed of ? (or thicker) steel 5. The scraper floor must be constructed of ? (or thicker) steel, reinforced with gussets and 3 box sections. Scraper floor must be 100% welded to the frog 6. The scraper must have a positive bulldozer ejector that extends at least 4 beyond front of scraper floor to clean out all materials. 7. Top of scraper must be open for ease of top loading. OTHER EQUIPMENT 1. A large toolbox with 150lbs carrying capacity 2. A rear hitch shall be provided. 3.. Must provide two (2) sets of  Operators Manuals, Repair Manuals and parts books OTHER 1 There shall be no leaks 2. All shields and safety equipment shall be in-place and functional/operational 3. All glass intact with no cracks and/or chips 4. Unit shall be serviced before delivery. this includes replacement of all fluids and filters, air filters, etc. 5. Upon delivery, the equipment shall be set-up and ready for field operations. 6. Three days of instruction shall be provided. this includes maintenance and operation 7. The offeror shall submit a copy of all service and maintenance/repair records accomplished on the equipment. 8. See FAR 52.212-4(a) for inspection and acceptance SAFETY / SECURITY 1. Must have ROPS Cab and Seat Belt 2. Must meet SAE J1194 and OSHA 1928.51 requirements 3. Must have lighting and marking for road travel 4. Must meet ANSI/ASAE S279.12 5. Must have Neutral start switches for ground and PTO drives 6. Must have all equipment/devises necessary to meet applicable parts of OSHA Regulations Part 1928 and ANSI/ASAE s318.15 7. Supplier shall provide one day of training. There is one Contract line Item Number. It is CLIN 0001: Track-Driven Tractor. This tractor will be a track-driven tractor equipped with a 17 cubic yard Scraper with a push block capable of being pushed with a D9 Dozer. The Scraper must be compatible wi th a tracked tractor with a minimum of 500 Horsepower. Please submit a maximum of 10 pages of commercially available literature on your unit that demonstrates that all of the above capabilities are met. Your price shall be FOB destination. Contract will be FFP. The Equipment to be delivered on 30 March 2007 to FORT RILEY, KANSAS 66442. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14 effective on November 22, 2006. This requirement is unrestricted. The applicable NAICS code is 333120 with a size standard of 750 Personnel. Inspection and acceptanc e shall be at destination. We prefer to make payment by My Invoice or other Electronic means. You must be registered in the CCR (Central Contractor Registration) (http://www.ccr.gov/) and registration in ORCA (Online Representations and Certifications Appl ication https://orca.bpn.gov/) is recommended. Award shall be made to the best value; technical, warranty, past performance and price quote. You shall submit a maximum of 10 pages of commercially available literature on your unit that demonstrates that all of the above capabilities are met. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: FAR 52.212-3 Alt 1, FAR 52.212-4, FAR 52.212-5 (52.219-8, 52.219-14, 52.222-3, 52.222-19,52.222 -21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33), and DFAR 252.212-7001, FAR 52.203-3, DFAR 252.225-7001, DFAR 252.232-7003, DFAR252.243-7002, DFAR 252.247-7023 ALT III, DFAR 252.204-7004, AFAR 5152.233-9000. Full text of these claus es may be found at http://farsite.hill.af.mil/cffara.htm or http://www.acqnet.gov/far/index.html. From the Defense Federal Acquisition Regulation Supplement (DFARS), the following provisions and clauses may be found at http://farsite.hill.af.mil/VFDFARA .HTM . The entire Combined Solicitation/Synopsis can be viewed at the Fort Riley Contracting website: http://www.riley.army.mil/Services/Fort/Contracting.asp. Note included is Note 1. Your Quote and commercial literature shall be submitted electronically to leonard.c.hume@us.army.mil no later than 10:00 AM CST on 21 March 2007.
 
Place of Performance
Address: ACA, Fort Riley Directorate of Contracting, 802 Marshall Loop Fort Riley KS
Zip Code: 66442-0248
Country: US
 
Record
SN01252011-W 20070317/070315222159 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.